Analyzer for Carbon, Nitrogen, and Sulfur Contents;
Simultaneously - AAFC, Normandin, Quebec, Canada

Solicitation number 01753-150317/A

Publication date

Closing date and time 2014/12/08 14:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Leco Instruments Limited
    2205 Dunwin Drive
    Mississauga Ontario
    Canada
    L5L1X1
    Nature of Requirements: 
    1. ADVANCE CONTRACT AWARD NOTICE (ACAN)
    An ACAN is a public notice indicating to the supplier community
    that a department or agency intends to award a contract for
    goods, services or construction to a pre-identified supplier,
    thereby allowing other suppliers to signal their interest in
    bidding, by submitting a statement of capabilities. If no
    supplier submits a statement of capabilities that meets the
    requirements set out in the ACAN, on or before the closing date
    stated in the ACAN, the contracting officer may then proceed
    with the award to the pre-identified supplier. 
    
    
    2. DEFINITION OF THE REQUIREMENT
    Agriculture and Agri-food Canada has a requirement for the
    supply and installation of one (1) analyzer for Carbon,
    Nitrogen, and Sulfur (CNS) contents with user training for up to
    3 users for delivery to Normandin, Quebec. The delivery is
    required by 31st March 2015.
    
    
    
    3. CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES
    (MINIMUM ESSENTIEL REQUIREMENTS)
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its product meets the following
    requirements:
     
    3.1 The required equipment is for an analyzer which is capable
    of simultaneous determination of Carbon, Nitrogen and Sulfur
    (CNS) contents, from a single sample using independent detectors
    for each element. 
    
    3.2 The analyzer must use a combustion - based technique
    utilizing independent detectors for each element: thermal
    conductivity for nitrogen; and non-dispersive infrared
    absorption for carbon and sulfur. 
    
    3.3 The analyzer must have the following minimum range of at
    least 0.002 to 200 mg for Carbon, 0.02 to 300 mg for Nitrogen
    and 0.02 to 50 mg for Sulfur. The precision range must be as
    follows: for Nitrogen 0.01 mg or 0,3% RSD (whichever is
    greater); for Carbon and Sulfur 0.01 mg or 0,4% RSD (whichever
    is greater). 
    
    3.4 The analyzer must be capable of performing an analysis for
    nitrogen/carbon/sulfur within 5 minutes. 
    
    3.5 The analyzer must use large reusable ceramic sample boats
    capable of holding up to 3 grams of liquid or solid materials
    for sample introduction to the furnace. 
    
    3.6 The analyzer must be equipped with a horizontal ceramic
    furnace that is capable of temperature control up to 1450°C to
    ensure complete conversion of Sulfur. 
    
    3.7 The analyzer must automatically remove sample ash residues
    post analysis, eliminating ash build up within the furnace and
    avoiding furnace maintenance and flow restrictions. 
    
    3.8 The analyzer must be compatible with the existing 50
    position autoloader.
    
    
    
    
    4. APPLICABILITY OF THE TRADE AGREEMENTS TO THE PROCUREMENT
    This procurement is subject to the following trade agreements:
    	.1 Agreement on Internal Trade (AIT)
    	.2 North American Free Trade Agreement (NAFTA)
    	.3 Canada-Chile Free Trade Agreement (CCFTA) 
    	.4 Canada-Peru Free Trade Agreement (CPFTA) 
    
    
    
    5. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER
    We believe that the only product meeting all required technical
    specifications is the TruMac CNS macro determinator from Leco.
    For this reason, it is proposed to negotiate this requirement
    with the manufacturer Leco Instrument ULC, Mississauga, Ontario.
    
    
    6. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION
    The following exception(s) to the Government Contracts
    Regulations is (are) invoked for this procurement under
    subsection 6(d) - only one person is capable of performing the
    work.
    
    
    7. EXCLUSIONS AND/OR LIMITED TENDERING REASONS
    The following exclusions and/or limited tendering reasons are
    invoked under the trade agreements specified:
    	.1 Agreement on Internal Trade (AIT)
    Article 506: Procedures for Procurement: 12. Where only one
    supplier is able to meet the requirements of a procurement, an
    entity may use procurement procedures that are different from
    those described in paragraphs 1 through 10 in the following
    circumstances: 
    (b) where there is an absence of competition for technical
    reasons and the goods or services can be supplied only by a
    particular supplier and no alternative or substitute exists.
    
    	.2 North American Free Trade Agreement (NAFTA)
    Part Four: Government Procurement - Chapter Ten Article 1016:
    Limited Tendering Procedures: 2. An entity may use limited
    tendering procedures in the following circumstances and subject
    to the following conditions:  
    (b) where there is an absence of competition for technical
    reasons, the goods or services can be supplied only by a
    particular supplier and no reasonable alternative or substitute
    exists.
    
    	.3 Canada-Chile Free Trade Agreement (CCFTA)
    Article Kbis-09: Tendering Procedures: 1. Entities may award
    contracts by means other than open tendering procedures,
    provided that the tendering procedure is not used to avoid
    competition or to protect domestic suppliers in the following
    circumstances, where applicable:
    (b) where, for works of art, or for reasons connected with the
    protection of patents, copyrights or other exclusive rights, or
    proprietary information or where there is an absence of
    competition for technical reasons, the goods or services can be
    supplied only by a particular supplier and no reasonable
    alternative or substitute exists.
    
    	.4 Canada-Peru Free Trade Agreement (CPFTA)
    Article 1409: Limited Tendering: 1. Provided that a procuring
    entity does not use this provision to avoid competition among
    suppliers, to protect domestic suppliers, or in a manner that
    discriminates against suppliers of the other Party, the
    procuring entity may contact a supplier or suppliers of its
    choice and may choose not to apply Articles 1405, 1406, 1407,
    1408 and 1410 in any of the following circumstances:
    (b) where the goods or services can be supplied only by a
    particular supplier and no reasonable alternative or substitute
    goods or services exist for any of the following reasons:
    (iii) due to an absence of competition for technical reasons.
    
    
    
    8. PERIOD OF THE PROPOSED DELIVERY DATE
    The goods must be delivered no later than March 31st, 2015.
    
    
    9. COST ESTIMATE OF THE PROPOSED CONTRACT
    The estimated value of the contract is between $100,000 to
    $150,000 applicable taxes in extra.
    
    
    10. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER
    Leco Instruments ULC
    2205 Dunwin Drive
    Mississauga, Ontario, Canada,  L5L 1X1
    
    
    11. SUPPLIER ' RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES
    Suppliers who consider themselves fully qualified and available
    to provide the goods, services or construction services
    described in the ACAN may submit a statement of capabilities in
    writing to the contact person identified in this notice on or
    before the closing date of this notice. The statement of
    capabilities must clearly demonstrate how the supplier meets the
    advertised requirements.
    
    
    12. CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES
    The closing date and time for accepting statements of
    capabilities is December 8, 2014 at 2:00 p.m. Eastern standard
    time (EST).
    
    
    13. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    Inquiries and statement of capabilities are to be directed to:
    Marial Tremblay 
    Supply Specialist 
    Public Works and Government Services Canada (PWGSC) 
    CFB Bagotville, P.O. Box 380 
    Building 62, Room 112 
    Alouette, Quebec, G0V 1A0 
    
    Telephone: (418) 677-4000, Ext.: 4159 
    Facsimile: (418) 677-3288 
    E-mail:  marial.tremblay@pwgsc.gc.ca
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Tremblay, Marial
    Phone
    (418) 677-4000 (4159)
    Fax
    (418) 677-3288
    Address
    CFB Bagotville, PO Box 380
    Building 62, Room 112
    Alouette, Québec, G0V 1A0

    Buying organization(s)

    Organization
    Agriculture and Agri-Food Canada
    Address
    1341 Baseline Road
    Ottawa, Ontario, K1A0C5
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.